HomeMy WebLinkAboutfinal Proposal8
1293492.1
EXPERIENCE STATEMENT
To be responsive, the bidder must list below a minimum of three public agencies for which bidder
has performed similar work within the past five years. Only projects in excess of $500,000 each
qualify as similar for this project.
1. Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % Subcontracted
2. Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % Subcontracted
3. Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % Subcontracted
NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references,
and other information sufficiently comprehensive to permit an appraisal of his current financial
condition.
Bidder's Signature
CRA Mile 12 Improvements
2,500,000.00 USD
The project consists of furnishing and installing flow monitoring equipment, transducers, mechanical
pumps, piping, Design build Install off grid PV system and propane generator. Included several new
custom control panels, SCADA. Project included surveying, layout, excavation, UG utilities,
installation of prefab vaults, new 40’ monopole, 20’ Stainless Steel stilling well,
David Schmtzer 442-262-2540
Metropolitan Water District of Southern California, 700 North Alameda Street, 1. Third Floor Specification Desk,Los Angeles,CA
90012 March-2023 70%
Moorpark Safety Enhancment , 585 Moorpark Avenue, Moorpark, CA 93201
1,092,000.00
Scope is to remove an old Modular Building’ Install new 60’ Modular Building and associated water,
sewer and electrical utilities and Re Pave the site.
Sothern California Regional Rail Authority, 585 Moorpark Ave, Moorpark, CA 93201
Gorgyous , Arsany 909-451-2866
Jan-2024 75%
Prefabricated offices, for Santiago Canyon College
1,085,000.00
Construction of new Prefabricated Offices & Restrooms with total building size of 3,440 sf,
including Building Foundation, Utility connections such city and back power, water, sewer, f
ire hydrant and fire alarm system , construction of concrete sidewalks, curbs , paving parking lot,
Rancho Santiago Community College District, 2323 N Broadway, Santa Ana, CA 92706
Joseph Dimaggio 714-322-1192
Jan 2020 65%
9
1293492.1
Each bidder shall possess a valid Contractor's License issued by the
Contractor's State License Board at the time his/her bid is submitted. The class
of license shall be applicable to the work specified in the contract. Each bidder
shall also have no less than five (5) years of experience in the magnitude and
character of the work bid.
Bidder Qualifications called for to be submitted at time of bid include, but are
not necessarily limited to:
1. The Contractor shall have been in business under the same name and
California Contractors License for a minimum of five (5) continuous years prior
to the bid opening date for this Project. The license used to satisfy this
requirement shall be of same type required by the contract.
2. License classification shall be as required by the contract specifications.
3. The Contractor shall perform at least 50% of contract with its own forces.
16. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed
subcontractors on this project as required by the Subletting and Subcontracting Fair
Practices Act (Government Code Section 4100 and following). Forms for this purpose
are furnished with the contract documents. The name and location of business of any
subcontractor who will perform work exceeding 1/2 of 1% of the prime contractor's
total bid or ten thousand dollars ($10,000.00), whichever is greater, must be submitted
with the bid. Any other information regarding the foregoing subcontractors that is
required by City to be submitted may be submitted with the bid, or may be submitted
to City up to 24 hours after the deadline established herein for receipt of bids. The
additional information must be submitted by the bidder to the same address and in
the same form applicable to the initial submission of bid.
17. WORKER'S COMPENSATION: In accordance with the provisions of Section 3700
of the Labor Code, the Contractor shall secure the payment of compensation to his
employees. The Contractor shall sign and file with the City the following certificate
prior to performing the work under this contract: "I am aware of the provisions of
Section 3700 of the Labor Code which require compensation or to undertake
self-insurance in accordance with the provisions of that code, and I will comply
with such provisions before commencing the performance of the work of this
contract." The form of such certificate is included as part of the contract documents.
18. BID DEPOSIT RETURN: Deposits of three or more low bidders, the number being at
the discretion of the City, will be held for ninety (90) days or until posting by the
successful bidder of the Bonds required and return of executed copies of the
Agreement, whichever first occurs, at which time the deposits will be returned after
consideration of the bids.
19. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a
written contract with the City on the agreement form provided, and shall secure all
insurance and bonds as herein provided within ten (10) days from the date of written
10
1293492.1
notice of the award. Failure or refusal to enter into a contract as herein provided, or
to conform to any of the stipulated requirements in connection therewith shall be just
cause for the annulment of the award and the forfeiture of the proposal guarantee.
If the successful bidder refuses or fails to execute the Contract, the City may award
the Contract to the next lowest responsible bidder or re -advertise. On the failure or
refusal of the lowest responsible bidder or next lowest responsible bidder to execute
the Contract, such bidder's guarantees shall be likewise forfeited to the City.
20. "OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing at #4380)
Government Code, all specifications shall be deemed to include the words "or equal",
provided however that permissible exceptions hereto shall be specifically noted in the
specifications.
21. EMPLOYMENT OF APPRENTICES: The Contractor, and all subcontractors, shall
comply with the provisions in Sections 1777.5, (Chapter 1411, Statutes of 1968), and
1777.6 of the California Labor Code concerning the employment of apprentices. The
Contractor and any subcontractor under him shall comply with the requirements of
said sections in the employment of apprentices; however, the Contractor shall have full
responsibility for compliance with said Labor Code section, for all apprenticeable
occupations, regardless of any other contractual or employment relationships alleged
to exist. In addition to the above State Labor Code Requirements regarding the
employment of apprentices and trainees, the Contractor and all subcontractors shall
comply with Section 5 a. 3, Title 29 of the Code of Federal Regulations (29CFR).
22. EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid
is under consideration for the award of the Contract shall submit promptly to the City
satisfactory evidence showing the bidder's financial resources, his construction
experience, and his organization and plant facilities available for the performance of
the contract.
23. WAGE RATES: The Contractor and/or subcontractor shall pay wages as indicated in
the "Notice Inviting Sealed Bids" section of these specifications. The Contractor shall
forfeit as penalty to the City of Diamond Bar, two hundred dollars ($200.00) for
laborers, workmen, or mechanics employed for each calendar day, or portion thereof,
if such laborer, workman or mechanic employed is paid less than the general
prevailing rate of wages herein referred to and stipulated for any work done under the
proposed contract, by him, or by any subcontractor under him, in violation of the
provisions of Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies
of all collective bargaining agreements relating to the work as set forth in the
aforementioned Labor Code are on file with the Department of Industrial Relations,
Division of Labor Statistics and Research.
24. PERMITS, FEES AND LICENSES: The Contractor shall possess a valid business
license prior to the issuance of the first payment made under this Contract. Any work
required within Caltrans right-of-way will require a separate permit to be obtained by
the Contractor. The Contractor shall obtain a no -fee Encroachment Permit from the
City of Diamond Bar prior to the start of any work.
11
1293492.1
25. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to
commence work on or before the date of written "Notice to Proceed" of the City and
to fully complete the project within ONE HUNDRED FIFTY (150) working days
thereafter. Bidder must agree also to pay as liquidated damages, the sum of five
hundred dollars ($500.00) for each calendar day thereafter.
26. CLAIMS FILING AND PROCESSING: The City and Bidder agree to attempt to orally
resolve any disputes which may give rise to a claim (hereafter, "Claim") that falls
within the definition of Public Contract Code section 9204 (hereafter, "Section 9204").
If these efforts are unsuccessful, the City and Bidder shall process the Claim in
accordance with Section 9204. In summary, if the Bidder decides to submit a Claim
to the City, it shall be sent by registered or certified mail, return receipt reques ted,
together with reasonable documentation to support the Claim. A Claim may include
a Claim by a subcontractor or a lower tier subcontractor meeting the requirements of
Section 9204(d)(5). Within 45 days of receipt of the Claim, or any extension thereof
agreed upon by the City and the Bidder, the City will conduct a reasonable review of
the Claim and provide the Bidder with a written statement identifying what portion of
the Claim is disputed and what portion is undisputed. Payment of any undisputed
portion of the Claim shall be made within 60 days after the City issues its written
statement. If the City does not provide a written statement within the time specified,
the Claim shall be deemed rejected.
If the Bidder disputes the City's written statement or if the Claim is deemed rejected,
the Bidder may demand in writing by registered or certified mail to the City, return
receipt requested, an informal conference to meet and confer in an effort to settle the
disputed portion of any Claim. Within 30 days of receipt of such written demand, the
City shall schedule a meet and confer conference.
If any portion of the Claim remains in dispute after the conference, the City shall,
within 10 City business days of the conclusion of the conference, provide the Bidder
with a written statement identifying any portion that remains in dispute and any portion
that is undisputed. Payment of any undisputed portion shall be made within 60 days
after the City issues its written statement. Any remaining disputed portion shall be
submitted to nonbinding mediation in accordance with Section 9204(c)(2)(B), unless
the Bidder and City waive the mediation upon mutual written agreement.
27. CONFLICT OF INTEREST: In the procurement of supplies, equipment, construction
and services by sub-recipients, the conflict-of-interest provisions in (State LCA-24
CFR 85.36 and Non-Profit Organizations – 24 CFR 84.4), OMB Circular A-110, and
24 CFR 570.611, respectively, shall apply. No employee, officer or agent of the sub -
recipient shall participate in selection or in award of administration of a contract
supported by Federal funds if a conflict of interest, real or apparent, would be
involved.
12
1293492.1
BIDDER'S PROPOSAL
CITY OF DIAMOND BAR
MAPLE HILL PARK IMPROVEMENTS PROJECT
CITY PROJECT NO. FP23506D
Date , 20
To the City Council of the City of Diamond Bar:
The Undersigned hereby declares:
(a) That the only persons or parties interested in this proposal as principals are the following:
(If the bidder is a corporation, give the name of the corporation and the name of its
president, secretary, treasurer, and manager. If a co-partnership, give the name, under
which the co-partnership does business, and the names and addresses of all co-partners.
If an individual, state the name under which the contract is to be drawn.)
(b) That this proposal is made without collusion with any person, firm or corporation.
(c) That he has carefully examined the location of the proposed work and has familiarized
himself with all of the physical and climatic conditions, and makes this bid solely upon his
own knowledge.
(d) That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the
contents of those communications sent by the City of Diamond Bar to him at the address
furnished by him to the City of Diamond Bar when this proposal form was obtained.
(e) That he has carefully examined the specifications, both general and detail, and the
drawings attached hereto, and communications sent to him as aforesaid, and makes this
proposal in accordance therewith.
(f) That, if this bid is accepted, he will enter into a written contract for the performance of the
proposed work with the City of Diamond Bar.
(g) That he proposes to enter into such Contract and to accept in full payment for the work
actually done thereunder the prices shown in the attached schedule. It is understood and
agreed that the quantities set forth are estimates and that the unit prices will apply to the
actual quantities whatever they may be.
July , 11 24
Massoud Jami, Waheed Ebrahimi, Khalil Ahmad Sarwari and Ahmad Sayed Jami
13
1293492.1
Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to
the order of the City of Diamond Bar in the sum of
DOLLARS ($ ).
Said bidder's bond has been duly executed by the undersigned bidder and by a financially sound
surety company authorized to transact business in this state.
It is understood and agreed that should the bidder fail within ten (10) days after award of
contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of said
check, or bidder's bond, shall become the property of the City of Diamond Bar; but if this Contract
is entered into and said bonds are furnished, or if the bid is not accepted then said check shall
be returned to the undersigned, or the bidder will be released from the bidder's bond.
Address of Bidder Telephone of Bidder
City Zip Code Signature of Bidder
10%
23421 S. Pointe Dr. Suite 230
Laguna Hills, CA 92653
949-466-5543
14
1293492.1
BID SCHEDULE
CITY OF DIAMOND BAR
CONTRACT DOCUMENTS AND SPECIFICATIONS
MAPLE HILL PARK IMPROVEMENTS PROJECT
CITY PROJECT NO. FP23506D
Item No. Description
Estimated
Quantity Unit Unit Price Amount
1 Mobilization/Overhead & Profit 1 Allow
$ 420,000.00 $ 420,000.00
Demolitio
n 2 Site & Building Demolition 1 LS
$ 36,563.20 $ 36,563.20
Earthwork
3 Cut and Fill / Over Excavation 1 Allow
$ 35,000.00 $ 35,000.00
Site Work
4 Concrete Walkway (Broom Finish) 2,312 SF
$ 7.25 $ 16,762.00
5 Concrete Walkway (Retarded Finish) 1,537 SF
$ 9.70 $ 14,908.90
6 Retaining Wall at Handicap Ramp 102 LF
$ 80.00 $ 8,160.00
7Ramp at Tot-Lot 370 SF
$ 22.00 $ 8,140.00
8 ADA Ramp In To Tot-Lot 1 EA
$ 4,800.00 $ 4,800.00
9 8" x 18" Play Area Curb 54 LF
$ 39.00 $ 2,106.00
10 18" Deep Play Area Mulch 4,072 SF
$ -
11 12" Concrete Banding 434 LF
$ 32.00 $ 13,888.00
12 18" Concrete Banding at Tot-Lot 42 LF
$ 32.00 $ 1,344.00
13 Concrete Handicap Ramp at Handicap Parking
Stalls w/ Tact Tile Strip
1LS $ 4,800.00 $ 4,800.00
14 3' Rock Cobble Banding 607 SF
$ 21.44 $ 13,014.08
15 6" Concrete Curb at Ramp 1 LS
$ 800.00 $ 800.00
16 6" Concrete Mow Curb 73 LF
$ 160.00 $ 11,680.00
17 Galvanized Steel Guard Rail at Parking Lot 200 LF
$ 220.00 $ 44,000.00
18 Galvanized Steel Guard Rail / Handrail at Tot-Lot
Ramp
123 LF $ 250.00 $ 30,750.00
19 Galvanized Steel Handrail at Tot-Lot Existing Stairs
2 EA $ 3,500.00 $ 7,000.00
20 Galvanized Steel Handrail at basketball Steps 2 EA
$ 3,500.00 $ 7,000.00
21 Galvanized Steel Guard Rail / Handrail at
basketball Ramp
1 LS $ 14,500.00 $ 14,500.00
22 Handicap Parking Striping+sign 1 LS
$ 15,000.00 $ 15,000.00
23 Ramp at Basketball Court 286 SF
$ 22.00 $ 6,292.00
24 Concrete Stairs at Basketball Court 24 LF
$ 180.00 $ 4,320.00
25 Resurface Basketball Court 1 LS
$ 25,000.00 $ 25,000.00
Site
Amenities26 Prefabricated Restroom Building 1 EA
$ 416,638.41 $ 416,638.41
27 Drinking Fountain 1 EA
$ 16,500.00 $ 16,500.00
28 Concrete Park Bench 6 EA
$ 3,150.00 $ 18,900.00
29 Concrete Trash Receptacle 3 EA
$ 4,800.00 $ 14,400.00
Play
Equipmen30 Play Equipment 1 LS
$ 199,561.05 $ 199,561.05
Drainage
31 6" HDPE Pipe 206 LF
$ 400.00 $ 82,400.00
32 6" HDPE Perforated Pipe w/ Sock 42 LF
$ 400.00 $ 16,800.00
33 3/4" Drainage Rock at Sump 14 CY
$ 200.00 $ 2,800.00
34 Filter Fabric Under Wood Mulch 4,072 SF
$ 2.00 $ 8,144.00
35 6" Round Drain Inlet 2 EA
$ 5,000.00 $ 10,000.00
36 18" Square Drain Inlet 2 EA
$ 5,000.00 $ 10,000.00
37 18" Concrete "V" Gutter 79 LF
$ 40.00 $ 3,160.00
Utilities
38 Domestic Water Line 175 LF
$ 17.05 $ 2,983.75
39 Irrigation Water line 118 LF
$ 35.59 $ 4,199.62
40 Electrical 5 LF
$ 82,958.00
41 Sewer Line 32 LF
$ 100.00 $ 3,200.00
42 Sewer Cleanout 3 EA
$ 1,000.00 $ 3,000.00
43 New Backflow Preventer w/ Cage 2 EA
$ 12,327.50 $ 24,655.00
44 Electrical Meter 1 EA
$ -
45 Electrical Pannel 1 LS
$ -
46 Walkway Light Pannel 1 LS
$ -
47 Tennis Court Light Pannel 1 LS
$ -
48 New Domestic Water Meter 1 LS
$ 10,000.00 $ 10,000.00
Landscap
e & 49 Irrigation System 9,150 SF
$ 9.00 $ 82,350.00
50 Irrigation Controller - Calescence CS3000 1 EA
$ 6,400.00 $ 6,400.00
51 Fine Grading 9,150 SF
$ 0.30 $ 2,745.00
52 Soil Amendments 9,150 SF
$ 0.50 $ 4,575.00
53 Sod - Marathon II 7,512 SF
$ 1.90 $ 14,272.80
54 1 Gallon Shrubs 183 EA
$ 10.00 $ 1,830.00
55 5 Gallon Shrubs 97 EA
$ 21.00 $ 2,037.00
56 24" Box Trees 7 EA
$ 525.00 $ 3,675.00
57 2" Wood Mulch 1,638 SF
$ 1.30 $ 2,129.40
17
1293492.1
MANDATORY BID SCHEDULE ITEMS:
TOTAL AMOUNT BID (IN FIGURES)→
TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS):
Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details,
and delineated within the specifications installed and completely in place with all applicable
portions of the construction documents and include all costs connected with such items
including, but to necessarily limited to, materials, transportation, taxes, insurance, labor,
overhead, and profit, for General Contractor and Subcontractors.
All work called for on the construction documents are to provide a completed project with all
systems operating properly and ready for use.
Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out
Bid Schedule.
Accompanying this proposal is
(Insert "$ cash", "cashier's check", "certified check", or
"bidder's bond" as the case may be) in the amount equal to at least ten percent
(10%) of the total bid.
The undersigned further agrees that in case of default in executing the required
contract, with necessary bond, within ten (10) days, not including Sundays and
legal holidays, after having received notice that the Contract has been awarded
and ready for signature, the proceeds of the security accompanying his bid shall
become the property of the City of Diamond Bar, and this proposal and the
acceptance thereof may be considered null and void.
NAME OF BIDDER (PRINT) SIGNATURE DATE
ADDRESS
CITY ZIP CODE
TELEPHONE
23421 S. Pointe Dr. Suite 230
Laguna Hills, CA 92653 949-466-5543
R2BUILD July, 11, 2024
1,796,142.21
One Million Seven Hundred Ninety six thousand one hundred forty two point twenty one USD only
Bid Bond
10%
18
1293492.1
STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION
I declare under penalty of Perjury of the laws of the State of California that the representations
made herein are true and correct in accordance with the requirements of California Business
and Professional Code Section 7028.15.
CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER
1031564. A&B
Massoud Jami, President
19
1293492.1
LIST OF SUBCONTRACTORS *
BID OPENING DATE
PROJECT PROJECT NO.
LOCATION
CLIENT
CONTRACTOR
Name Under Which
Subcontractor is
Licensed
License
No.
&
DIR No.
Address
of
Place of Business
Percent
of
Total
Contract
Specific Description
of
Subcontract
* In compliance with the provisions of the Public Contract Code Section 4104, the undersigned
bidder herewith sets forth the name, location of the place of business, and California
contractor license of each Subcontractor – who will perform work or labor or
MARINA
LANDSCAPE,
INC.
License#
492862 3707 W. Garden
Grove Blvd. Orange,
CA 92868
DIR#100001
2188
7%Landscaping
T-Rex
Demolition Inc.
License#
989006 14044 Clark St.
Baldwin Park, CA
91706
DIR#100002
7497
2%Demolition
Romtec Inc.
License# 18240 North Bank Rd.
Roseburg, OR 97470
DIR#
1000002582
11%Building Supplier
Crosstown
Electrical &
Data Inc
License#
756309
5454 Diaz Street,
Irwindale, CA 91706
DIR#
1000000155
5%Electric
Tot Lot Pros.
License#
967975 14688 El Molino St.
Fontana, CA 92335
DIR#
1000002374
2%Playground
Installation
Team West
Contracting
Corporation
Lic. # 934352
DIR#
1000768825
2733 Vista Ave,
Bloomington, Ca,
92316
6%Steel Work
Ruiz Concrete and
Paving Inc
DIR# 1000008325
LIC #: 966395
1344 Temple Ave
Long Beach, CA 90807 5%Concrete Work
July , 11, 2024
FP23506D
Maple Hill Park, CA
City of Diamond Park, CA
R2BUILD
20
1293492.1
render service to the Prime Contractor, specially fabricates and installs a portion of the
work or improvement necessary to complete construction contained in the plans and
specifications, in an amount in excess of one-half (1/2) of one percent (1%) of the General
Contractor’s total base bid amount or, in the case of bids or offers for the construction of
streets or highways, including bridges in excess of one -half of 1 percent (0.5%)of the
Prime Contractor’s total base bid or ten thousand ($10,000.00), whichever is greater, and
the portion of the work which will be done by each Subcontractor.
DECLARATION OF ELIGIBILITY TO CONTRACT
[Labor Code Section 1777.1; Public Contract Code Section 6109]
The undersigned, a duly authorized representative of the contractor, certifies and declares that:
1. The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code,
which prohibit a contractor or subcontractor who has been found by the Labor
Commissioner or the Director of Industrial Relations to be in violation of certain provisions
of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor
on a public works project for specified periods of time.
2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor
on a public works project by virtue of the foregoing provisions of Sections 1777.1 or
1777.7 of the California Labor Code or another provision of law.
3. The contractor is aware of California Public Contract Code Section 6109, which states:
(a) A public entity, as defined in Section 1100 [of the Public Contract Code], may
not permit a contractor or subcontractor who is ineligible to bid or work on, or be
awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor
Code to bid on, be awarded, or perform work as a subcontractor on, a public works
project. Every public works project shall contain a provision prohibiting a contractor
from performing work on a public works project with a subcontractor who is
ineligible to perform work on the public works project pursuant to Section
1777.1 or 1777.7 of the Labor Code.
(b) Any contract on a public works project entered into between a contractor and
a debarred subcontractor is void as a matter of law. A debarred subcontractor may
not receive any public money for performing work as a subcontractor on a public
works contract, and any public money that may have been paid to a debarred
subcontractor by a contractor on the project shall be returned to the awarding body.
The contractor shall be responsible for the payment of wages to workers of a
debarred subcontractor who has been allowed to work on the project.
4. The contractor has investigated the eligibility of each and every subcontractor the
contractor intends to use on this public works project, and determined that none of them
is ineligible to perform work as a subcontractor on a public works project by virtu e of the
21
1293492.1
foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor
Code, or any other provision of law.
I declare under penalty of perjury under the laws of the State of California that the foregoing is
true and correct. Executed this day of , 201_, at
(place of execution).
Signature
Name:
Title:
Name of Contractor:
July 11, 24 23421 S. Pointe Dr. Suite 230
Massoud Jami
President
R2BUILD
22
1293492.1
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE
In accordance with Government Code Section 14310.5 and in conformance with Public Contract
Code Section 10162, the Bidder shall complete, under penalty of perjury, the following
questionnaire:
QUESTIONNAIRE
Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in
the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding
on or completing a federal, state or local government project because of violation of law or a
safety regulation?
YES NO
If the answer is yes, explain the circumstances in the following space:
STATEMENT
In conformance with Public Contract Code Section 10232, the Contractor, hereby states under
penalty of perjury, that no more than on final unappealable finding of contempt of court by a
federal court has been issued against the Contractor within the immediately preceding two-year
period because of the Contractor’s failure to comply with an order of a federal court which orders
the Contractor to comply with an order of the National Labor Relations Board.
NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this
Proposal on the signature portion thereof shall also constitute signature of
this Statement and Questionnaire.
Bidders are cautioned that making a false certification may subject the
certifier to criminal prosecution.
X
23
1293492.1
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
Project Identification
Bid Date
This information must include all construction work undertaken in the State of California by the
bidder and any partnership, joint venture or corporation that any principal of the bidder
participated in as a principal or owner for the last five calendar ye ars and the current calendar
year prior to the date of bid submittal. Separate information shall be submitted for each particular
partnership, joint venture, corporation or individual bidder. The bidder may attach any additional
information or explanation of data, which he would like, taken into consideration in evaluating
the safety record. An explanation must be attached of the circumstances surrounding any and
all fatalities.
ITEM 5 CALENDAR YEARS
PRIOR TO CURRENT YEAR
CURRENT
YEAR
2019 2020 2021 2022 2023 TOTAL
No. of Contracts
Total dollar amount
of
contracts (in 1,000’s)
No. of lost workday
cases
No. of lost work day
cases
involving permanent
transfer to
another job or
termination of
employment
No. of lost workdays
*The information required for this item is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSHA No. 102.
The above information was compiled from the records that are available to me at this time and I
declare under penalty of perjury that the information is true and accurate within the limitations of
these records.
Name of Bidder (Print Signature
Address State Contractor’s Lic. No. & Class
City Zip Code Telephone
$6,000
0000000
000000
0 0000 0
2 3 2 2 2 11 4
$2,250$1,180$2,000$1,180$650
0
0
$7,260
FP23506D
July 11, 2024
R2BUILD
23421 S. Pointe Dr. Suite 230
Laguna Hills , CA. 92653
1031564. A&B
949-466-5543
24
1293492.1
AFFIDAVIT FOR CO-PARTNERSHIP FIRM
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first duly sworn, deposes and says:
That he is a member of the co-partnership firm designated as
which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive
or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly,
with any other bidder or person to put in a sham bid or that such other person shall refrain from
bidding; and has not in any manner sought by collusion to secure any advantage against the
City of Diamond Bar or any person interested in the proposed contract, for h imself or for any
other person.
That he has been and is duly vested with authority to make and sign instruments for the co -
partnership by
who constitute the other members of the co-partnership.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
26
1293492.1
AFFIDAVIT FOR INDIVIDUAL BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first duly sworn, deposes and says:
That he is the party making the foregoing proposal or bid; that such bid is genuine and not
collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or
indirectly, with any other bidder or person to put in a sham bid or that such other person shall
refrain from bidding; and has not in any manner sought by collusion to secure any advantage
against the City of Diamond Bar or any person interested in the proposed contract, for himself
or for any other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
27
1293492.1
AFFIDAVIT FOR JOINT VENTURE
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first duly sworn, deposes and says:
That he
of,
one of the parties submitting the foregoing bid as a joint venture and that he has been and is
duly vested with the authority to make and sign instruments for and on behalf of the parties
making said bid who are:
;
that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired,
connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or
that such other person shall refrain from bidding; and has not in any manner sought by collusion
to secure any advantage against the City of Diamond Bar or any person interested in the
proposed contract, for himself or for any other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
BOND No.
28
1293492.1
FAITHFUL PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond
Bar ("City"), has awarded to
(Name and address of Contractor)
("Principal"), a contract (the "Contract") for the work described as follows:
WHEREAS, Principal is required under the terms of the Contract to furnish a bond for the faithful
performance of the Contract.
NOW, THEREFORE, we the undersigned Principal, and
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto City in the
penal sum of
Dollars ($ ), this amount being not less than the total contract price, in lawful
money of the United States of America, for the payment of which sum well and truly to be made,
we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his,
her, or its, heirs, executors, administrators, successors or assigns, shall in all things stand to and
abide by, and covenants, conditions and agreements in the Contract and any alteration thereof
made as therein provided, on the Principal's part to be kept and performed, all within the time and
in the manner therein specified, and in all respects according to their true intent and meaning,
and shall indemnify and hold harmless City, its officers, agents, and others as therein provided,
then this obligation shall become null and void; otherwise, it shall be and remain in full force and
effect.
In case suit is brought upon this bond, Surety further agrees to pay all court costs and reasonable
attorneys' fees in an amount fixed by the court.
FURTHER, the Surety, for value received hereby stipulates and agrees that no change,
extension of time, alteration, addition or modification to the terms of the Contract, or of the work
29
1293492.1
to be performed thereunder, or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any such change, extension of
time, alteration, addition, or modification to the terms of the Contra ct or to the work or to the
specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845
and 2849. The City is the principal beneficiary of this bond and has rights of a party hereto.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall
for all purposes be deemed an original hereof, have been duly executed by Principal and Surety,
on the date set forth below, the name of each corporate party being hereto affixed and these
presents duly signed by its undersigned representative(s) pursuant to authority of its governing
body.
Dated:
"Principal" "Surety"
By: By:
Its Its
By: By:
Its Its
Note: This bond must be dated, all signatures must be notarized, and evidence of the authority
of any person signing as attorney-in-fact must be attached.
(Seal) (Seal)
APPROVED AS TO SURETY AND
PRINCIPAL AMOUNT
By:
Insurance Administrator
BOND No.
30
1293492.1
PAYMENT BOND
(LABOR AND MATERIAL)
KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar (City),
has awarded to
(Name and address of Contractor)
("Principal"), a contract (the "Contract") for the work described as follows:
WHEREAS, Principal is required under the terms of the Contract and the California Civil Code
to secure the payment of claims of laborers, mechanics, materialmen, and other persons as
provided by law.
NOW, THEREFORE, we, the undersigned Principal, and
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto City in the penal sum of
Dollars ($ ), this amount being not less than one
hundred (100%) of the total contract price, in lawful money of the United States of America, for
the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors, and assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal,
his, her or its heirs, executors, administrators, successors, or assigns, or subcontractors shall
fail to pay any of the persons named in Section 3181 of the California Civil Code, or any amounts
due under the Unemployment Insurance Code with respect to work or labor performed under
the Contract, or for any amounts required to be deducted, withheld, and paid over to the
Employment Development Department from the wages of employ ees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect
to work or labor performed under the Contract, the Surety will pay for the same in an amount not
exceeding the penal sum specified in this bond; otherwise, this obligation shall become null and
void. This bond shall insure to the benefit of any of their persons named in Section 3181 of the
California Civil Code so as to give a right of action to such persons or their assigns in any suit
brought upon the bond. In case suit is brought upon this bond, Surety furthe r agrees to pay all
court costs and reasonable attorneys' fees in an amount fixed by the court.
FURTHER, the Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration, addition, or modification to the terms of the Contract or of the work
to be performed thereunder, or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any such change, extension of
time, alteration, addition, or modification to the terms of the Contract or to the work or to the
31
1293492.1
specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845
and 2849.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall
for all purposes be deemed an original hereof, have been duly executed by Principal and Surety,
on the date set forth below, the name of each corporate party being hereto affixed and these
presents duly signed by its undersigned representative(s) pursuant to authority of its governing
body.
Dated
"Principal" "Surety"
By: By:
Its Its
By: By:
Its Its
Notary
Note: This bond must be dated, all signatures must be notarized, and evidence of the authority
of any person signing as attorney-in-fact must be attached.
(Seal) (Seal)
APPROVED AS TO SURETY AND
PRINCIPAL AMOUNT
By:
Insurance Administrator
BOND No.
1293492.1 34
CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION
As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that
it does not discriminate in its employment with regards to race, religion, sex, or national origin;
that it is in compliance with all federal, state, and local directives and executive orders regarding
non-discrimination in employment; and that it will pursue an affirmative course of action as
required by the affirmative action guidelines.
We agree specifically:
1. To establish or observe employment policies which affirmatively promote opportunities
for minority persons at all job levels.
2. To communicate this policy to all persons concerned including all company employees,
outside recruiting services, especially those serving minority communities, and to the
minority communities at large.
3. To take affirmative steps to hire minority employees within the company.
FIRM
TITLE OF OFFICER SIGNING
SIGNATURE DATE
Please include any additional information available regarding equal opportunity employment
programs now in effect within your company:
R2BUILD
President
July 11, 2024
35
1293492.1
CERTIFICATION WITH REGARD TO THE PERFORMANCE OF
PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE
EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS
The bidder , proposed subcontractor , hereby certifies that he has , has not , participated
in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by
Executive Orders 10925, 11114, or 11246, and that he has , has not , filed with the Joint
Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal
Government contracting or administering agency, or the former President's Committee on Equal
Employment Opportunity, all reports due under the applicable filing requirements.
(COMPANY)
BY:
(TITLE)
DATE: , 20 .
NOTE: The above certification is required by the Equal Employment Opportunity Regulations of
the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed
subcontractors only in connection with contracts and subcontracts which are subject to the Equal
Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity
Clause are set forth in 41 CFR 60 -1.5. (Generally, only contracts or subcontracts of $10,000 or
under are exempt).
Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or
their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a previous contract or
subcontract subject to the Executive Orders and have not filed the required reports should note
that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such
contractor submits a report covering the delinquent period of such ot her period specified by the
Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S.
Department of Labor.